E74 Land pipelines Langevågen-Stafsetneset - Kongshaugen sewage treatment plant (the transfer facility).

The builder shall enter into a contract with one contractor for the execution of E74 Land pipeline Langevågen-Stafsetneset (the transfer facility) (contract E74). The builder will enter into a contract that builds on the contract standard "NS 8405:2008 Norwegian Building and Construction Contract" for the execution. The E74 includes the …

CPV: 45000000 Bauarbeiten, 42122130 Wasserpumpen, 42122220 Abwasserpumpen, 44161400 Unterwasserrohrleitungen, 45231000 Bauarbeiten für Rohrleitungen, Fernmelde- und Stromleitungen, 45231300 Bauarbeiten für Wasser- und Abwasserrohrleitungen, 45232411 Bau von Schmutzwasserleitungen, 45233226 Bau von Zufahrtstraßen, 45332300 Verlegen von Abwasserleitungen
Ausführungsort:
E74 Land pipelines Langevågen-Stafsetneset - Kongshaugen sewage treatment plant (the transfer facility).
Vergabestelle:
Ålesund kommune v/Vatn og Avløp
Vergabenummer:
87161

1. Buyer

1.1 Buyer

Official name : Ålesund kommune v/Vatn og Avløp
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : E74 Land pipelines Langevågen-Stafsetneset - Kongshaugen sewage treatment plant (the transfer facility).
Description : The builder shall enter into a contract with one contractor for the execution of E74 Land pipeline Langevågen-Stafsetneset (the transfer facility) (contract E74). The builder will enter into a contract that builds on the contract standard "NS 8405:2008 Norwegian Building and Construction Contract" for the execution. The E74 includes the establishment of the sewage pipelines that shall be carried over land and in Vågevatnet from Langevågen to Vegsundet with the accompanying work.
Procedure identifier : 99a2bb18-b3ce-4c09-893d-9b9ec22538d4
Internal identifier : 87161
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Ålesund municipality and Sula municipality cooperate through the project "BLÅ – fjords for the future", to construct a new sewage treatment plant at Kongshaugen (Kvasnes) in Sula municipality. The aims in the project are as follows: Cleaner fjord systemLovlig system for sewage waterBærekraftig system for the futureIt new sewage treatment facility shall be built in rock and have sufficient treatment capacity to handle sewage water that shall be supplied from Sula municipality and Ålesund municipality. The facility is dimensioned for 69,000 person equivalents and it shall be designed as a secondary treatment facility. The new sewage treatment plant shall replace 7 existing treatment plants and some interceptors for sludge. The sewage water must therefore be pumped from the existing sewage treatment plant to Kongshaugen via a comprehensive transfer system. The transfer facility will have approx. 34 kilometres of sewage pipelines and it will have 25 objects, including approx. 28 kilometres of submarine pipelines, 6 kilometre pipelines over land, 3 valve houses/manholes and nine pump stations. The contract work for the construction of the transfer facility will be organised as nine parallel execution contracts. For a more detailed description of the other contracts see Part A - General part. The builder shall enter into a contract with one contractor for the execution of E74 Land pipeline Langevåg and Stafsetneset for Kongshaugen reindeer installations (contract E74). The construction will start in January 2026 and the construction will end in December 2026.The builder will enter into a contract that is based on the contract standard "NS 8405:2008 Norwegian Building and Construction Contract" for the execution. The E74 includes the establishment of the sewage pipelines that shall be carried over land and in Vågevatnet from Langevågen to Vegsundet with the accompanying work, hereunder: The area Langevågen – Djupvika (accompanying drawings/documents marked 471) :P um pipe sewage – From the land roof submarine pipeline in Langevågen to the land roof sea pipeline Stadsneset (sea pipeline is to be laid by contract E75) Pump pipeline waste water – From the land roof sea pipeline in Åregjerdevågen (sea pipeline is to be laid by contract E75) for landtake sea pipeline Vågevatnet Pump pipeline wastewater – Sjøledning Vågevatnet from the western land roof to the eastern land roof Pump pipeline wastewater – From land roof submarine pipeline Vågevatnet to landtake Urkevika (submarine pipeline is laid by contract E75). From the terrain top down to Urkevika also water pipeline and surface water pipeline. Connection to the existing sewage pump station UrkevikaLedningstrasé area Stafsetneset – Vegsundet (accompanying drawings/documents marked 451) :P umpe pipeline wastewater – From the land roof sea pipeline Stafsetneset (submarine pipeline is laid by contract E75) and to new valve manhole KA020 (to be constructed by contract E22) Waste water pump pipeline - From new valve KA020 for drilling and drawing in rock to castlerop Vegsundet Pump pipeline sewage - From castle Vegsundet to land pipeline Vegsundet (submarine pipeline and land roof will be carried out by contract E75) Construction pit site for new valve manhole KA020 Stafsetneset (accompanying drawings/documents marked 452): Establishment of access road valve manhole KA020 Foundation work for new valve manhole KA020 (valve manhole is being built by contract E 22) The contract also includes: Longitudinal works and commissioning Stadsnesvegen (object 471)2 crossings of Vågnesvegen (object 471) Reconditioning the landscape area and access road Vegsundbakken (451)Controlled drilling in rock (Object 451)For further information on contents of the procurement, see the tender documentation part II.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 42122130 Water pumps
Additional classification ( cpv ): 42122220 Sewage pumps
Additional classification ( cpv ): 44161400 Underwater pipeline
Additional classification ( cpv ): 45231000 Construction work for pipelines, communication and power lines
Additional classification ( cpv ): 45231300 Construction work for water and sewage pipelines
Additional classification ( cpv ): 45232411 Foul-water piping construction work
Additional classification ( cpv ): 45233226 Access road construction work
Additional classification ( cpv ): 45332300 Drain-laying work

2.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Lov 17. juni 2016 nr. 73 om offentlige anskaffelser (LOA) og Forskrift 12. august 2016 nr. 975 om innkjøpsregler i forsyningssektorene (Forsyningsforskriften) - The procurement will be carried out as a negotiated procedure after a prior notice in accordance with the utilities regulations parts I and II cf. § 9-1. This procedure gives all interested suppliers the possibility to submit a request for participation in the competition. Only tenderers who are then invited by the contracting authority can submit a tender.
Forsyningsforskriften -

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Guilty of grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Early termination, damages or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : E74 Land pipelines Langevågen-Stafsetneset - Kongshaugen sewage treatment plant (the transfer facility).
Description : The builder shall enter into a contract with one contractor for the execution of E74 Land pipeline Langevågen-Stafsetneset (the transfer facility) (contract E74). The builder will enter into a contract that builds on the contract standard "NS 8405:2008 Norwegian Building and Construction Contract" for the execution. The E74 includes the establishment of the sewage pipelines that shall be carried over land and in Vågevatnet from Langevågen to Vegsundet with the accompanying work.
Internal identifier : 87161

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 42122130 Water pumps
Additional classification ( cpv ): 42122220 Sewage pumps
Additional classification ( cpv ): 44161400 Underwater pipeline
Additional classification ( cpv ): 45231000 Construction work for pipelines, communication and power lines
Additional classification ( cpv ): 45231300 Construction work for water and sewage pipelines
Additional classification ( cpv ): 45232411 Foul-water piping construction work
Additional classification ( cpv ): 45233226 Access road construction work
Additional classification ( cpv ): 45332300 Drain-laying work
Options :
Description of the options : The contract contains options, see Part II C.2.

5.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 12 Month

5.1.4 Renewal

Maximum renewals : 0

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : 9.3.4 Economic and financial capacity requirements
Description : Requirement: Tenderers shall have good economic and financial capacity to fulfil the contract. The financial capacity will be assessed on the basis of, among other things, turnover, performance ratio, solidity, liquidity, credit score and payment history. Documentation requirement: The tenderer's annual accounts including notes with the Board's and auditor's reports from the last three completed financial years (2021, 2022 and 2023). The contracting authority reserves the right to carry out a credit assessment itself. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Use of this criterion : Not used
Criterion :
Type : Other
Name : 9.3.6 Quality assurance system requirements
Description : Requirement: The tenderer shall have a good and implemented quality assurance system. Documentation requirement: A description of the tenderer's quality assurance system. The description shall as a minimum contain information on how the tenderer's quality assurance system is built up and implemented in the organisation, how assignments and responsibilities are distributed, how the management follows up, and on audits. If a tenderer is certified in accordance with ISO 9001 or equivalent certifications, it is sufficient to enclose a copy of a valid certificate. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : 9.3.7 Environmental management system requirements
Description : Requirement: Tenderers shall have a good and implemented environmental management system. Documentation requirement: A description of the tenderer's environmental management system. The description shall as a minimum contain information on how the tenderer's environmental management system was built. up and implemented in the organisation, the tenderer's environmental goals, environment policy, how results are measured, and how management follows up. If a tenderer is certified in accordance with ISO 14001, EMAS, Miljøfyrtårn or equivalent certifications, it is sufficient to enclose a copy of a valid certificate. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : 9.3.3 Registration, authorisation, etc.
Description : Requirement: The tenderer shall be a legally established company. Documentation requirement: Norwegian tenderers: Completed enquiry form containing company name and organisation number. The contracting authority will verify that the requirement is met through a look-up in the Register of Business Enterprises. Norwegian companies do not, therefore, need to submit documentation for this requirement beyond the completed enquiry form. Foreign tenderers: Confirmation and documentation that the tenderer is registered in a trade register or company register in accordance with the law in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : 9.3.2 Requirement for tax certificate
Description : Requirement: Tenderers shall have their tax and duty payments in order. Documentation requirement: Tax certificate not older than six months from the deadline for receipt of tenders. deadline for submitting requests for participation in the competition. Tax certificate means: Norwegian tenderers: A tax and VAT certificate issued by the tax office via Altinn. Foreign tenderers: Equivalent certificates from their own country that show that they have their tax and duty payments in order. If the authorities in the relevant country do not issue such certificates, the tenderer shall submit a declaration that states that all taxes and duties have been paid. The declaration shall be approved and signed by the tenderer's Financial Director/ person responsible for Finance.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Only for building and construction works:
Description : Only for public building and construction works: During the reference period the tenderer has carried out the following work of the requested type. The contracting authority can require up to five years experience and allow experience from the previous five years to be taken into consideration.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : For public building and construction work, technical personnel or units that shall carry out the work
Description : Tenderers can use the following technical personnel or technical units for public building and construction work to fulfil the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : 9.3.5 Technical and professional qualification requirements (experience)
Description : Requirement: Tenderers shall have experience from projects of a relevant nature and scope. 'relevant nature' means experience with: Laying water and sewage pipelines with traditional excavation near residential areas Controlled drilling in mountains near residential areas Welding of PE pipes Laying water and sewage pipelines in the sea. Paving The service provider does not need to have executed all the items listed under "relevant nature" in one and the same reference project, but the reference projects must together show the requested experience. Relevant 'scope' means at least one reference project with a contract value of more than NOK 25 million excluding VAT. The reference projects must be carried out by the tenderer themselves or by a sub-suppliers who shall carry out the relevant parts of the contract. If so, documentation must also be submitted that the sub-contractor is a supporting company in accordance with the competition description point 9.3.1. Documentation requirement: An overview of up to five (5) assignments of relevant nature and extent that the tenderer, and/or any supporting companies, has carried out during the last five (5) years calculated from the deadline for submitting request to participate in the competition. If the tenderer cannot document fulfilment of the qualification requirement with five reference projects, the tenderer can provide several reference projects. The overview shall contain the following for each of the contracts: Name of the builder (contracting authority) Date of the delivery The contract ́s value Description of what the contractual works were for, including relevance to the qualification requirement. What work was carried out by the tenderer and what work was carried out by sub-contractors (contractual partners). This qualification requirement is to be documented by a supplement of part I Annex 3 - Reference Descriptions. If a tenderer will use other companies to fulfil parts of the qualification requirement, the limit applies to the number of reference projects combined for both the tenderer and the supporting company. Minimum qualification requirements
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 100
Criterion :
Type : Technical and professional ability
Name : 9.3.5 Requirements for technical and professional qualifications (right to be responsible).
Description : Requirement: Tenderers shall fulfil the requirements that apply to declare the right to be responsible for executor in the following development classes, cf. CASE 10 chapter 9 to 11. > Development Class 3 for Water supply and sewage installations. > Development Class 2 for Road and Ground Work > Development Class 2 for Surveying and Surveying Documentation requirement: The tenderer shall deliver the applicable central certification for the right to be responsible in the enterprise classes for the functions that shall be safeguarded or other documentation that shows that the tenderer fulfils requirements for declaring the right to be responsible in the development classes. Minimum qualification requirements
Use of this criterion : Used
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 1
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Award criterium: The price will be assessed on the basis of the total sum stated in the summary of price-bearing items in the scope description. Documentation requirement: Completed price form (part II – F Vederlaget E74) and quantity description (part II – C.2 Technical quantity description E74). The prices shall be stated in NOK and excluding VAT. If there are deviations between the price form in part II – F Vederlaget E74 and the quantity description in part II – C.2 Technical quantity description E74, the quantity description will go before the price form.
Weight (percentage, exact) : 50
Criterion :
Type : Quality
Name : Implementation of the assignments
Description : Award criterium: The contracting authority will evaluate the following points in order of priority under the award criteria "Assignment Implementation": 1. To what degree the contractor has a good, concrete and project adapted plan for implementation of the project, with as regards, among other things: > Progress, including whether the contractor's plan to ensure progress is realistic, robust and thoughtful > Work order > traffic deviation > Handling dust and noise 2. To what degree the contractor has a plan to avoid delays in material deliveries that affect progress in the project. Documentation requirement: 1. Implementation plan with descriptions of, among other things, but not exclusively, progress, order of work, traffic deviation and handling of dust and noise. 2. Plan to avoid delays in material deliveries that affect progress in the project. Points 1 and 2 shall be documented by a supplement of the following annexes: Part I annex 6 - Assignment Implementation. The responses to points 1 and 2 should be at maximum 5 A4 pages in total (font size 10 or greater). Anything beyond five pages, as well as annexes to the response, will not be evaluated, except for any attachments with a progress plan under point 1.
Weight (percentage, exact) : 10
Criterion :
Type : Quality
Name : Project organisation
Description : The contracting authority will evaluate the following under the award criteria "Project Organisation": 1. The contractor ́s organisation of the project. The contracting authority will, among other things, emphasise whether the contractor has an organisation that is adapted to the project, with clear roles and division of responsibility. 2. The offered key personnel ́ relevant competence and experience from previous assignments connected to the intended role in the project. 'key personnel' means: > Project Manager > Site Manager For the offered project manager and site manager, experience from relevant projects near residential areas will be emphasised. Otherwise, the contracting authority refers to Part II - B.2 Special contract terms, point 5. Documentation requirement: 1. An organisation chart with an overview of how the contractor will organise himself in the project, including an overview of roles and areas of responsibility in the project, as well as any sub-contractors (disciplines). The contractor shall also. explain/justify their organisation. Point 1 shall be documented by a detailed description of Part I Annex 7 - Project Organisation. The response to point 1 should be at maximum 4 A4 pages (font size 10 or greater), including an organisation chart. 2. CVs for key personnel. This point is to be documented by a supplementary part I annex 8 - CV for key personnel. Tenderers can use their own CV template as long as the information requested in the contracting authority ́s CV template is in the The CV.
Weight (percentage, exact) : 10
Criterion :
Type : Quality
Name : Climate and environment
Description : Award criterium: The contracting authority will evaluate the following under the award criteria "Climate and environment": 1. Handling matter and transporting matter. The contracting authority will emphasise, among other things, whether the contractor will reduce the mass transport in the project, short transport distance, if environmentally friendly vehicles are used to transport the masses, as well as reuse and/or reuse of matter. 2. Binding climate and environmentally friendly measures offered that contribute to reducing greenhouse gas emissions in the implementation of the contract and increasing the project ́s environmental performance. 3. How the contractor will follow-up and ensure that the offered climate and environmentally friendly measures are carried out during the contract period, as well as routines for reporting to the builder. Documentation requirement: Points 1-3 shall be documented by a supplement of the following annex: Part I annex 9 - Climate and Environment. The responses to points 2 and 3 should be at maximum 5 A4 pages in total (font size 10 points 10 or greater). See annex 9 for further information on the number of pages.
Weight (percentage, exact) : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 07/03/2025 11:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/249122082.aspx

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 03/04/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Description of the financial guarantee : The guarantee shall be in accordance with NS 8405.
Deadline for receipt of requests to participate : 17/03/2025 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See part II.
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : See Annex Part II - B.2 Special Contract Terms and Part II - F Re-tender.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Møre og Romsdal tingrett
Organisation providing additional information about the procurement procedure : Inventura AS
Organisation providing offline access to the procurement documents : Inventura AS
Organisation receiving requests to participate : Inventura AS
Organisation processing tenders : Inventura AS

8. Organisations

8.1 ORG-0001

Official name : Inventura AS
Registration number : 983351417
Postal address : Solheimsgaten 15
Town : Bergen
Postcode : 5058
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Mia Valø
Telephone : +47 55134480
Internet address : https://www.inventura.no
Roles of this organisation :
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Ålesund kommune v/Vatn og Avløp
Registration number : 929911709
Postal address : Keiser Wilhelms gate 11
Town : Ålesund
Postcode : 6003
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Mia Valø
Telephone : +4794892788
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Møre og Romsdal tingrett
Registration number : 926723200
Town : Ålesund
Postcode : 6001
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : +4770334700
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 1a4faf95-bcbd-40cd-8166-bbf34abf53a0 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/02/2025 09:06 +00:00
Notice dispatch date (eSender) : 11/02/2025 09:50 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00096352-2025
OJ S issue number : 30/2025
Publication date : 12/02/2025